Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
SOLICITATION NOTICE

F -- Seafloor Characterization and Inventory of Deepwater Fish Resources of the Buck Island Reef National Monument, St. Croix and the Southwest Shore of Puerto Rico

Notice Date
2/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NCNS1000-6-00008pj
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and Subpart 13, as supplemented with additional information included in this notice. This announcement, NCNS1000-6-00008pj, constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations. The U.S. Department of Commerce, NOAA/NOS National Centers for Coastal Ocean Science, Center for Coastal Monitoring and Assessment (CCCMA) has a requirement for the collection of video data using ROV services to assess the distribution and abundance of seafloor habitats. The Government anticipates awarding a fixed-price order on a best value basis. Evaluation factors are: 1) Qualifications of personnel- education and demonstrated experience in leading the acquisition of video data. 2) Approach 3) Past Performance?see below 4) Price. The purchase order will include provisions and clauses in effect at time of award. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply: FAR 52.212-1, Instructions to Offerors ? Commercial; FAR 52.212-2, Evaluations?Commercial Items. The Government may award a purchase order to the responsible offeror whose offer conforming to the solicitation/statement of work will be most advantageous to the Government, price and other factors considered. Offerors must include a completed copy of the Offeror Representations and Certifications, FAR 52.212-3, along with the offer. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and there are no addenda to this provision; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The following additional clauses are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.249-2; Termination for Convenience of the Government (Fixed Price)(Short Form) and CAR 1352.239-73?Security Requirements?Information Technology Resources. Interested contractors are invited to review the attached Statement of Work entitled ?Seafloor characterization and inventory of deepwater fish resources of the Buck Island Reef National Monument (BUIS), St. Croix and the Southwest Shore of Puerto Rico? dated January 2006. Offerers must submit a complete response and should submit a quote which includes: 1) a narrative of no more than 10 pages describing how it intends to meet the requirement and describing how the work will be performed and managed., Resumes of proposed ROV operator(s) candidates are required to be submitted. 2) prices and 3) information regarding work performed on similar contracts (no less than 3) in the past 5 years, including the name and address of the client, contract number and dollar value, description of work, dates of performance and contact name and phone number. An original and three copies shall be submitted as well as the electronic version in MS Word. A one page letter shall cover the response signed by an individual authorized to commit the firm. Responses must be sent electronically in MS Word format to Pauline.Jaffe@noaa.gov and in paper to Pauline Jaffe, Contract Specialist, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7604, SSMC4, Silver Spring, Maryland 20910, no later than 11:00 am, local time, on February 17, 2005. This requirement is set aside for small business. The North American Industry Classification System Code (NAICS) is 334511 and the applicable size standard is 750 employees.
 
Record
SN00982332-W 20060209/060207213614 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.